Showing posts with label MILITARY CONTRACTORS. Show all posts
Showing posts with label MILITARY CONTRACTORS. Show all posts

Wednesday, November 27, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 27, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Toyon Research Corp.**, Goleta, Calif. (N68936-14-D-0001), and Integrity Applications Inc.**, Chantilly, Va. (N68936-14-D-0002), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of intelligence, surveillance, reconnaissance, and targeting systems to improve warfighter situational awareness and weapon delivery capabilities.  The estimated aggregate ceiling for both contracts is $42,282,088, with the companies having an opportunity to compete for individual delivery orders.  Work will be performed in Goleta, Calif., and Chantilly, Va. and work is expected to be completed in November 2018.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; seven offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $32,388,530 modification to previously awarded contract (N00024-10-C-2205) for lifecycle engineering and support services for LPD 17 class integrated shipboard electronic systems.  The following services will be provided:  lifecycle engineering and support services, including post-delivery planning, logistics and engineering, homeport technical support, integrated product data environment, data maintenance, equipment management, systems integration and design engineering, software support, research engineering, obsolescence management (both technical and logistics), material readiness support, emergent repair planning, training and logistics support; Planning Yard support of integrated electronic systems, including fleet modernization planning, ship alteration development and installation, material management, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management; performance-based logistics support, including providing sustaining engineering and obsolescence management support for unique LPD 17 class integrated shipboard electronic systems.  Work will be performed in San Diego, Calif. (98 percent), and Norfolk, Va. (2 percent), and is expected to be completed by December 2014.  Fiscal 2005 and 2012 shipbuilding and conversion, Navy; fiscal 2014 shipbuilding and conversion, Navy and fiscal 2014 operations and maintenance, Navy funds in the amount of $6,229,134 will be obligated at time of award.  Contract funds in the amount of $1,814,508 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Helix Electric Inc., San Diego, Calif., is being awarded a $24,788,000 firm-fixed-price contract for Dry Dock 8 electrical distribution upgrade at Norfolk Naval Shipyard.  The work to be performed provides for the upgrade of existing shore power to support the new class of aircraft carriers.  Specifically, this project involves installation of an electrical distribution system, a system capable of providing shore power and industrial power at the dry dock.  The contractor will also be responsible for removal and disposal of the existing power system.  The project includes provisions to support the shore power requirements of the adjacent future pier replacement and provides for all electrical, civil, structural and mechanical work associated with the electrical upgrades.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $24,973,000.  Work will be performed in Portsmouth, Va., and is expected to be completed by December 2015.  Fiscal 2013 military construction, Navy contract funds in the amount of $24,788,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-14-C-8106).

Northrop Grumman Systems Corp., Aerospace Systems, San Diego, Calif., is being awarded a $13,857,607 cost-plus-fixed-fee contract for logistics services in support of the MQ-8B/C Fire Scout unmanned air vehicle.  This work will be performed in Patuxent River, Md. (70 percent), and Pt. Mugu, Calif. (30 percent), and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,857,607 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10U.S.C. 2304 (c) (1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0012).

Rockwell Collins Inc., Richardson, Texas, is being awarded a $10,834,820 fixed-firm-price contract for sustaining engineering services in support of the E-6B Mercury aircraft.  This contract includes sustaining engineering services for the Mission Avionics System, the Long Trailing Wire Assembly, the Short Trailing Wire Assembly, the High Power Transmit Set and the Internet Protocol Bandwidth Expansion Phase 4 system.  Work will be performed in Richardson, Texas (60 percent) and Tinker Air Force Base, Oklahoma City, Okla. (40 percent) and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $2,033,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0027).

Raytheon Co., Tucson, Ariz., is being awarded a $9,720,715 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0005) to exercise an option for the procurement of 210 HARM AGM-88B/C Guidance Sections for the U.S. Air Force (190) and the Government of Germany (20); 25 HARM AGM-88BC Control Sections for the U.S. Air Force (20) and the Government of Germany (5), including associated technical data.  Work will be performed in Tucson, Ariz., and is expected to be completed in August 2015.  Fiscal 2014 operations and maintenance, Air Force and foreign military sales funds in the amount of $8,280,290 will be obligated at time of award, $7,222,105 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($8,662,530; 89 percent) and the Government of Germany ($1,058,185; 11 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Drew Marine USA, Inc., Whippany, N.J., is being awarded a $9,202,490 modification under a previously awarded indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders (N00033-12-D-8000) to exercise a one-year option for the worldwide supply, delivery and services for shipboard chemical treatment; foam testing, supply and disposal; industrial gases; and refrigerants for all U.S. naval ships of Military Sealift Command (MSC) and any other vessel specifically identified by MSC.  Work will be performed worldwide and is expected to be completed November 2014.  If all options are exercised this effort will continue through November 2016.  Fiscal 2014 working capital contract funds in the amount of $9,202,490 are being obligated, and funds will expire at the end of that fiscal year.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-D-8000).

The Hana Group Inc., Honolulu, Hawaii, is being awarded a $6,803,449 modification to previously awarded cost-plus-fixed-fee contract (N00178-07-D-5082) to exercise option three for range and business/financial support services.  Work will be performed at Kauai, Hawaii, and work is expected to be completed Dec. 1. 2014.  If all options are exercised, work will be completed by Dec. 1, 2015.  This modification increases the value of the basic task order to a new total value of $27,096,766.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $633,150 will be obligated at the time of award, and funds will expire at the end of the current fiscal year.  This contract was competitively procured using the Navy Sea Port e-procurement portal, with four offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense Contract Services Inc.*, Leander, Texas, has been awarded a maximum $20,790,000 firm-fixed-price contract for non-personal services to perform the operation and maintenance for fuels service center and manage all programs and actions required to support the fuels management flight located on Edwards Air Force Base, Calif.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Texas and California with a Dec. 31, 2025 performance completion date.  This is a 12-year base contract with one four-year option period.  Using military service is Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5402).

Dixie Chemical Company Inc.**, Houston, Texas, has been awarded a maximum $15,179,076 firm-fixed-price contract for production, storage, and distribution of various types of high density, synthetic hydrocarbon type propellants.  This contract is a competitive acquisition, and three offers were received.  Location of performance is Texas with a Nov. 30, 2018 performance completion date.  This is a five-year base contract with no option year periods.  Using military services are Navy, Air Force, federal civilian agencies and defense contractors.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1502).

Bethel Industries, Inc.**, Jersey City, N.J., has been awarded a maximum $13,967,796 modification (P00014) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1015) with four one-year option periods for combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are New Jersey and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Short Bark Industries Inc.***, Vonore, Tenn., has been awarded a maximum $10,835,538 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1005) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee, Puerto Rico, and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Refinery Associates of Texas Inc.**, New Braunfels, Texas, has been awarded a maximum $8,435,714 fixed-price with economic-price-adjustment contract for fuel.  This contract is a competitive acquisition, and seventeen offers were received.  Locations of performance are Texas and United Arab Emirates with a Jan. 30, 2015 performance completion date.  This is a two-year base contract with no option year periods.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0453).

Kandor Manufacturing Inc.****, Arecibo, Puerto Rico, has been awarded a maximum $6,690,641 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1014) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Puerto Rico and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

The Boeing Co., St. Louis, Mo., has been awarded a $15,500,000 firm-fixed-price modification (P00021) to firm-fixed-price contract (FA8634-12-C-2651) for the procurement of disorientation recovery function capability on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed in St. Louis, Mo., and will be completed by Feb. 2, 2015.  Foreign military sales funds for Saudi Arabia in the amount of $2,365,121 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Honeywell International Inc., Clearwater, Fla., has been awarded a $9,997,263 cost-plus-fixed-fee contract for the Pendulous Integrating Gyroscopic Accelerometer (PIGA, a component on the Intercontinental Ballistic Missile).  Honeywell will repair PIGA float assemblies which is an ongoing repair effort.  This effort will produce 96 PIGA floats that will be reinserted within the PIGA float assembly repair line.  The PIGA float is an extremely complex, critical precision sub-assembly that is the heart of the PIGA instrument.  Work will be performed in Clearwater, Fla., and is expected to be completed by Nov. 30, 2015.  This award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $8,234,569 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-C-0002).

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded a $6,950,520 contract modification (P00025) for contract W56HZV-11-C-C002.  Modification is for an equitable adjustment resulting from the impact of a government stop-work order under the Ground Combat Vehicle Technology Development Phase contract.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Estimated completion date is June 4, 2014.  Bids were solicited via the Internet with three received.  Work location is Sterling Heights, Mich.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency.

City of Monterey, Monterey, Calif., was awarded a $7,024,196 cost contract with options for base operations support services.  Fiscal 2014 operations and maintenance, Army funds in the amount of $3,780,100 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2014.  One bid was solicited and one received.  Work location is Monterey, Calif.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting agency (W9124J-14-D-0001).

TRANSPORTATION COMMAND

American Auto Logistics, Limited Partnership, Park Ridge, N.J., is being awarded a $69,000,000 delivery order modification 04 to previously awarded delivery order DAMT01-03-D-0184-0009 to provide Department of Defense-sponsored shipments of privately owned vehicles belonging to military service members and transportation of DOD-sponsored shipments of POVs for DOD civilian employees.  Work will be performed at multiple locations both within and outside of the continental U.S., through March 21, 2014.  Fiscal year 2014 Transportation Working Capital Funds of $69,000,000 are being obligated at the time of modification execution. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded an indefinite delivery/indefinite quantity, fixed-price with economic price adjustment contract for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations & maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).



*Veteran Owned Small Business
**Small Business
***Small InHubZone, Woman Owned Business
****Small Disadvantaged Business

Tuesday, November 26, 2013

DOD DEFENSE CONTRACTS FOR NOVEMBER 26, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $57,146,970 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for MissionCareTM maintenance services in support of the V-22’s inventory of AE1107C engines. The services being performed will include O-level supply support, Repair of Repairable engine components and whole engines, field service representatives, low power repairs, program management, various site support and delivery of all Contract Data Requirements Lists.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2013 aircraft procurement, Air Force; fiscal 2014 research, development, test and evaluation, Navy; fiscal 2014 aircraft procurement, Navy; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Navy Reserve; fiscal 2014 operations and maintenance, Navy overseas contingency operations; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 operations and maintenance, Air Force overseas contingency operations contract funds in the amount of $57,146,970 will be obligated on this award, $55,580,178 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Electronics, Intelligence & Support/Electronic Solutions, Nashua, N.H., is being awarded a $28,167,428 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0010) to exercise an option for the procurement of  procure 262 AN/ALE-55 fiber optic towed decoys (FOTDs) and 70 electronic frequency converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the integrated defensive electronic counter measures suite.  The AN/ALE-55 provides the capability to transmit complex electronic countermeasures techniques from an off-board transmitter.  Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford Essex, United Kingdom (7.4 percent), and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy and fiscal 2014 procurement of ammunition, Marine Corps contract funds in the amount of $28,167,428, will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded a maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Patuxent River, Md. (31 percent), Dahlgren, Va. (30 percent), Indian Head, Md. (22 percent), and Annapolis, Md. (17 percent), with an expected completion date of November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website with 20 proposals received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0352).

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Naval Support Activity Washington, Washington, D.C. (30 percent), Regional Officer in Charge of Construction Quantico, Va. (27 percent), Naval Support Activity Bethesda, Md. (25 percent), and Joint Base Anacostia-Bolling, Washington, D.C. (18 percent), with an expected completion date of November 2014.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website, with 21 offers received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0353).

BREMCOR Joint Venture, Arlington, Va., is being awarded an $18,922,837 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4611) to exercise option seven for base operation support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operation support services to include but not limited to:  port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, heating ventilation and air conditioning maintenance, environmental, pest control, janitorial services, transportation, fire alarms, and facility management.  Work also provides for service calls consisting of repairs of base facilities, transportation, janitorial, pest control, and fire alarm systems.  The total contract amount after exercise of this option will be $129,287,881.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 defense health fund; and fiscal 2014 Department of Defense schools contract funds in the amount of $7,099,162 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $18,064,906 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-D-0008) for additional joint performance based logistics support for the Marine Corps (MV-22), Air Force, and Special Forces Operations Command (CV-22) aircraft.  Work will be performed in Amarillo, Texas (50 percent); and Philadelphia, Pa. (50 percent), and is expected to be completed in January 2014.  Fiscal 2014 operations and maintenance, Air Force; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; and fiscal 2013 Defense-wide procurement, Special Operations Command contract funds in the amount of $18,064,906 will be obligated at time of award, $14,658,487 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Motorola Solutions Inc., U.S. Federal Government Markets Division, Columbia, Md., is being awarded a $17,248,849 modification under a previously awarded firm-fixed-price contract (N39430-13-C-1220) to exercise option period one for global sustainment of enterprise land and mobile radio systems at 53 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain the enterprise land and mobile radio system and associated equipment and Information Assurance Vulnerability Alert compliance/patch management.  This includes fixed, mobile and portable units, dispatching equipment and all associated equipment currently deployed as part of Naval Facilities Engineering Command’s enterprise land and mobile radio systems worldwide.  Responsibility of troubleshooting, removal, and replacing of the equipment for these units is also included as part of this requirement.  The total contract amount after exercise of this option will be $48,429,904.  Work will be performed at 53 military installations worldwide, and work is expected to be completed December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $17,248,849 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

US Information Technologies, Chantilly, Va., is being awarded a $12,952,659 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-11-D-6505) with firm-fixed-price and/or firm-fixed-price level-of-effort task orders to exercise an option for support services for maintenance and development of Military Sealift Command’s Oracle based information systems.  Work will be performed in Washington, D.C., and is expected to be completed by December 2014.  Fiscal 2014 working capital contract funds in the amount of $12,952,659 are being obligated, and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-D-6505).

Insitu Inc., Bingen, Wash., is being awarded an $8,845,101 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0054) to exercise an option for the procurement of one Low Rate Initial Production II RQ-21A Blackjack Unmanned Aircraft System, to include air vehicles, ground control stations, launch and recovery equipment, and air vehicle support equipment.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2014.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $8,845,101 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Ziehm Imaging Inc.*, Orlando, Fla., has been awarded a maximum $22,156,582 modification (P00008) exercising the third one-year option period on a one-year base contract (SPM2D1-11-D-8344) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Florida with a Nov. 29, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Raytheon Technical Services Company LLC, Sterling, Va., has been awarded a $13,267,175 modification (P00023) to an existing firm-fixed-price contract (FA7022-11-C-0010) for radar operations and maintenance services.  This modification provides for the exercise of option year three for a period of performance from Jan. 1, 2014 through Dec. 31, 2014.  The contract modification will ensure the availability of the COBRA DANE's radar facility to collect 100 percent of the tasked data that passes through its field of view.  The necessary support shall be provided 24 hours per day, 365 days per year.  Work will performed at Eareckson Air Station, Shemya, Alaska, and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 operations and maintenance funds will be incrementally funded January 2014, in the amount of $3,688,845.  The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.

Ahntech Inc., San Diego Calif., has been awarded a $12,435,300 modification (P00008) to an existing firm-fixed-price contract (FA4890-13-C-0005) to continue to provide program support for Air Combat Command’s Primary Training Ranges Operations and Maintenance Services (PTR O&M), currently, but not limited to, PTR O&M support services.  The work under this program provides OM&S of range threat, scoring, and feedback systems.  The program also provides for target, road, grounds, and limited facility maintenance.  The contract modification is for the exercise of option year one services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at nine ACC Primary Training Ranges locations at Seymour Johnson Air Force Base , N.C., Shaw AFB, S.C., Moody AFB, Ga., Dyess AFB, Texas, Ellsworth AFB, S.D., Holloman AFB, N.M., Mountain Home AFB, Idaho and the Nevada Test and Training Range, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $1,246,780 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Mass., was awarded an $8,456,784 modification (P00008) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0022) for professional acquisition support services.  This contract modification provides for the exercise of an option for an additional six months of professional acquisition support services under the basic contract.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed by April 17, 2014.  This modification provides professional acquisition support services in support of Space C2 Surveillance Division and the Theater Battle Control Division of classified foreign military sales.  FMS support account for approximately 14 percent of the stated modification.  Fiscal 2013 operations and maintenance, research and development, procurement and foreign military sales funds in the amount of $65,000 were obligated at time of award.  Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM is the contracting activity.   (Awarded Sept. 3, 2013)

Bering Sea Environmental LLC, Anchorage Alaska, will be awarded a $6,762,241 modification (P00039) to an existing firm-fixed-price contract (FA4890-11-C-0004) to continue to provide program support for Air Combat Command’s (ACC), Air Combat Training System Operations and Maintenance Support Services (ACTS O&M), currently, but not limited to, ACTS O&M support services.  The work under ACTS includes all maintenance and repairs on ACTS pods and debriefing stations, transports and loading of pods onto the aircrafts and preparing data cartridges both before and after missions.  The contract modification is for the exercise of option year three services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at Eglin Air Force Base, Fla., Langley AFB, Va., Seymour Johnson, N.C., Shaw AFB, S.C., Barksdale AFB, La., Mountain Home AFB, Idaho, as well as outside of the continental United States funded sites at Lakenheath Air Base, United Kingdom, Spangdahlem AB, Germany, and Aviano AB, Italy, and is expected to be completed by Dec. 31, 2014.  This contract includes unclassified foreign military sales (1.8 percent ) for the Royal Singapore Air Force.  Fiscal 2014 operations and maintenance funds in the amount of $1,144,627 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

*Small Business

Friday, November 22, 2013

DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 22, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY


BAE Systems Aerospace, Phoenix, Ariz., has been awarded a maximum $11,093,991 modification (P00102) exercising the first one-year option period on a one-year base contract (SPM8EH-13-D-0002) with four one-year option periods for life preservers and component parts.  This is a firm-fixed-price with economic-price contract.  Location of performance is Arizona with a Dec. 5, 2014 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Patriot Industries Inc.*, Monticello, Ky., has been awarded a maximum $9,262,151 firm-fixed-price contract for modular lightweight load carrying equipment.  This contract is a competitive acquisition and ten offers were received.  Location of performance is Kentucky with a Nov. 30, 2014 performance completion date.  This is a one-year base contract with two one-year option periods.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-D-1002).

AIR FORCE

Lockheed Martin Corp., Sunnyvale, Calif., has been awarded a $105,083,207 modification (P00057) to an existing cost-plus-award-fee contract (FA8808-10-C-0002) to provide MILSATCOM Orbital Operations and Logistics Sustainment Support functions to support the operations and sustainment of Milstar and the Defense Satellite Communications System.  This modification exercises the fourth option year.  Work will be performed in Sunnyvale,
Calif., and is expected to be completed by Nov. 30, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $17,500,000 are being obligated at time of award.  Space and Missile Systems Center/PKJ, Peterson Air Force Base, Colorado Springs, Colo., is the contracting activity.

Jacobs Technology Inc., Lincoln, Mass., has been awarded a $12,800,149 cost-plus-fixed-fee modification (P00013) on an existing contract (FA8721-13-C-00008) to continue providing disciplined systems/specialty engineering and technical/Information Assurance services, support, and products using established government, contractor, and industry processes. This contract provides a broad array of classified cryptographic and information assurance (IA) systems, equipment, services and support across different DoD agencies, U.S. military departments and various foreign military sales customers.  A good portion of the contract supports developing, acquiring, modernizing, testing, fielding, sustaining and disposing of COMSEC systems, sustaining SIGINT equipment, providing key management, providing information assurance services, and providing cryptographic/IA logistical and field support services.  In addition, the contract also supports the Defense Enterprise Accounting and Management System program.  Work will be performed at Lincoln, Mass., and is expected to be completed by May 19, 2014.  Fiscal 2013 research and development and procurement funds and fiscal 2014 research and development, procurement and operations and maintenance funds in the amount of $2,342,754 will be obligated at time of award.  Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity.

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $46,867,800 firm-fixed-price contract to convert 26 UH-60M Black Hawk aircraft to Taiwan Army and Taiwan National Airborne Service Corps configurations.  Estimated completion date is Aug. 30, 2016.  Fiscal 2014 other procurement funds were obligated at the time of the award.  One bid was solicited and one received.  Work location is Stratford, Conn.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity (W58RGZ-12-C-0008).

Weeks Marine Inc., Covington, La., was awarded a $21,253,000 firm-fixed-price contract for pipeline dredging of the Bayport Flare and Houston Ship Channel, Redfish to Beacon 78, Chambers County, Texas.  Dredging consists of 742,000 cubic yards for Bayport Flare Sections 1 and 2; and 3,989,000 cubic yards for Houston Ship Channel Sections 4 through 14.  Fiscal 2014 operations and maintenance, Army funds in the amount of $17,306,000 were obligated at the time of the award.  Estimated completion date is Dec. 3, 2014.  Bids were solicited via the Internet with two received.  Work location will be Anahuac, Texas.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-14-C-0001).

Hamp’s Construction LLC, New Orleans, La. was awarded an $11,658,930 firm-fixed-price contract for clearing and grubbing the existing levee, including debris disposal, demolition of the flood wall and cutting sheet piles.  Hamp’s will also remove abandoned pipelines, remove and replace existing riprap armament, furnish borrow pit preparation, construct a levee enlargement, and surface same, realign and surface access ramps, install deep soil mixing material for ground improvement including soil and excavation disposal, and seeding, fertilizing and mulching, and other related work.  Estimated completion date is Aug. 29, 2014.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with six received.  Work location is Buras, La.  Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0009).

Northrop Grumman Systems Corp., Aerospace Systems, Redondo Beach, Calif., was awarded an $8,192,012 cost-plus-fixed-fee contract for a protected Military Satellite Communications design for affordability risk reduction demonstration.  This is proposed against Army Research Laboratory broad agency announcement.  Estimated completion date is Jan. 21, 2015.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Bids were sent out via the Internet with an indeterminate number received.  Work location is Redondo Beach, Calif.  Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-14-C-0004).

Shavers-Whittle Construction LLC, Mandeville, La., was awarded an $8,112,606 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project, Soniat Canal, Jefferson Parish, La.  Estimated completion date is Aug. 5, 2015.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with eight received.  Work location will be New Orleans, La.  Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0010).

SOS International, Reston, Va. was awarded a $7,299,684 modification (P00009) to firm-fixed-price contract W52P1J-11-C-0058 which will execute option year two for public affairs operations in support of U.S. Forces - Afghanistan.  Estimated completion date is Nov. 26, 2014.  Fiscal 2014 operations and maintenance, Army funds were obligated at the time of the award.  Bids were solicited via the Internet with four received.  Work location will be Afghanistan.  Army Contracting Command, Rock Island, Ill., is the contracting activity (52P1J-11-C-0058).

Black River Constructors Joint Venture, La Crosse, Wis., was awarded a $7,299,000 firm-fixed-price contract for The Grand Encampment Island Unloading Project to remove dredged and other materials from the Mississippi River’s Grand Encampment Island, Pool 4, Buffalo County, Wis.  Estimated completion date is Nov. 15, 2015.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with two received. Work location will be Alma, Wis. Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W912ES-14-C-0002)

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $33,023,240 cost-plus-fixed-fee modification to delivery order 0044 previously issued against a basic ordering agreement (N00019-12-G-0006) in support of the V-22.  This modified order provides for engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products.  Work will be performed at Ridley Park, Pa. (90 percent) and Fort Worth, Texas (10 percent), and is expected to be completed in December 2015.  Fiscal 2013 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; fiscal 2014 operations and maintenance, Air Force; and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $33,023,240 will be obligated at time of award, of which $7,907,796 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $17,000,000 modification to previously awarded contract (N00024-10-C-5126) to exercise fiscal 2014 options for deferred mission systems equipment for DDG 1001.  Work will be performed in Portsmouth, R.I. (48 percent), Minneapolis, Minn. (41 percent), and Moorestown, N.J. (11 percent), and is expected to be completed by April 2017.  Fiscal 2014 shipbuilding and conversion, Navy funds in the amount of $17,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded $13,297,674 for cost-plus-fixed-fee order 0015 under a previously awarded basic ordering agreement (N00164-11-G-JQ97) for the procurement of eight redesigned Turret Electronic Unit prototypes and related data items for the Target Sight Systems AN/AAQ-30(A).  This acquisition is for the AN/AAQ-30 Target Sight Systems (TSS) that is to be integrated into the AH-1Z Cobra Attack Helicopter.  This integration is part of the U.S. Marine Corps H-1 Upgrades Program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1W’s, converting them to AH-1Z.  The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons.  Work will be performed in Orlando, Fla., and is expected to be completed by April 2016.  Fiscal 2013 aircraft procurement Navy contract funds in the amount of $13,297,674 will be obligated at time of award, and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as set forth in FAR 6.203-1(b)(1)(ii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

MISSILE DEFENSE AGENCY

Kearfott Corp., Little Falls, N.J., is being awarded an $18,700,000 cost-plus-fixed-fee contract to design, develop, assemble and test high fidelity inertial measurement units (IMU) that meet or exceed the requirements of MDA-STD-005 for the Missile Defense Agency Advanced Technology Risk Reduction.  Options work will also include qualification testing, highly accelerated life test/high accelerated stress screening and service life tests, and delivery of one set of IMU test station equipment.  The work will be performed in Little Falls, N.J.  The performance period is from November 2013 through September 2018.  This contract was competitively procured via publication on the Federal Business Opportunities website with 112 proposals received.  Fiscal 2014 research, development, test, and evaluation funds in the amount of $700,000 are being obligated on this award.  The Missile Defense Agency, Redstone Arsenal, Ala., is the contracting activity (HQ0147-14-C-0002).

*Small Business

Thursday, November 21, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 21, 2013

FROM:  U.S. DEFENCE DEPARTMENT 
CONTRACTS

ARMY

Ahtna Engineering Services, Anchorage, Alaska (W911KB-14-D-0005); Bristol Environmental Remediation Services LLC, Anchorage, Alaska (W911KB-14-D-0006); Marsh Creek LLC, Anchorage, Alaska (W911KB-14-D-0009); BSI-TLI, Joint Venture, Golden, Colo. (W911KB-14-D-0007); Chemtrack Alaska, Anchorage, Alaska (W911KB-14-D-0008)*, were awarded a $180,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for environmental remediation services.  Estimated completion date is Nov. 20, 2018.  Bids were solicited via the Internet with ten received.  Funding and location will be determined with each order.  Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Ariz., was awarded a $57,849,999 firm-fixed-price contract for the procurement of tube launched optically tracked wireless guided missiles.  Estimated completion date is Nov. 30, 2015.  One bid was solicited and one received.  Fiscal 2014 other procurement army funds in the amount of $19,886,000 were obligated at the time of the award.  One bid was solicited and one received.  Army Contracting Command, Redstone Arsenal (Missile), Ala., is the contracting activity (W31P4Q-12-C-0265).

University of California, Santa Barbara (UCSB), Calif., was awarded a $56,591,679 cost-sharing contract for an extension and ceiling increase modification to maintain the Collaborative Biotechnologies (ICB) University Affiliated Research Center.  Services include engineering and research capabilities focusing on research to enable biotechnology solutions that address Army needs through the application of the principles of cross-disciplinary bioengineering sciences.  UCSB/ICB is dedicated to performing research at the interface between biotechnology and engineering in order to solve difficult problems in the areas of sensors, materials, and systems engineering.  Estimated completion date is Nov. 30, 2016.  One bid was solicited and one received.  Funding and location will be determined by each order.  Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-09-D-0001).

The Bedwell Co., West Chester, Pa., was awarded a $42,751,000 firm-fixed-price contract for the Communications Electronics Research Development and Engineering Center Flight Activity Facility Joint Base project.  Options will be exercised at the time of the award.  Estimated completion date is Sept. 15, 2015.  Fiscal 2014 military construction funds in the amount of $42,751,000 were obligated at the time of the award.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, New York, is the contracting activity (W912DS-14-C-0004).

Clark Construction Enterprises LLC, St. Martinsville, La., was awarded a $26,154,430 firm-fixed-price contract for a resilient features, hurricane and storm damage risk reduction system, Mississippi River levee, Mississippi River and tributaries, Belle Chasse to Oak Point, Plaquemines Parish, La.  Estimated completion date is Oct. 7, 2013.  Fiscal 2014 funds in the amount of $26,154,430 were obligated at the time of the award.  Bids were solicited via the Internet with eight received.  Army Corps of Engineers, New Orleans, La., is the contracting agency (W912P8-14-C-0008).

AIR FORCE

CORRECTION:  The contract number for the Lockheed Martin Missiles and Fire Control awarded contract announced Nov. 19, 2013 was incorrect.  The correct number is FA8682-14-D-0091

NAVY

Silver Ships Inc.*, Theodore, Ala. (N00024-14-D-2205) and Gravois Aluminum Boats LLC*, doing business as Metal Shark Aluminum Boats LLC, Jeanerette, La. (N00024-14-D-2207), are each being awarded separate firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts for the construction of high speed maneuverable surface targets (HSMSTs).  The U.S. Navy maintains an inventory of HSMSTs to be utilized mainly for weapon system test and evaluation and fleet training exercises at nine seaborne target operating activities (“ranges”). This effort also includes trailers, shipping cradles and spares for a total estimated ceiling value of $48,000,000 for both awards.  Silver Ships Inc., is being awarded $11,683,129, and Gravois Aluminum Boats LLC is being awarded $13,782,379.  Work will be performed in Theodore, Ala., and Jeanerette, La., and work is expected to be completed by November 2018.  Fiscal 2013 other procurement, Navy contract funds in the amount of $25,465,508 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively solicited as a small business set aside via the Federal Business Opportunities website, with six offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $13,929,461 modification to a previously awarded firm-fixed-price contract (N61340-12-C-0030) to exercise an option to procure one AH-1Z Flight Training Device for the U.S. Marine Corps.  Work will be performed in Broken Arrow, Okla. (54 percent); Fort Worth, Texas (28 percent) and St. Louis, Mo. (18 percent), and is expected to be completed in February 2017.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $13,929,461 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

G4S Government Solutions, Palm Beach Gardens, Fla., is being awarded an $11,495,146 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N33191-11-D-0738) to exercise option two for base operating services at Naval Support Activity, Kingdom of Bahrain.  The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles and equipment at the Naval Support Activity in the Kingdom of Bahrain and its seven outlying areas.  Work will be performed at the Naval Support Activity, Kingdom of Bahrain, and work is expected to be completed November 2014.  Contract funds are fiscal 2014 operations and maintenance, Navy and fiscal 2014 Navy working capital funds in the amount of $10,049,237 and the funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.

Onyx-Ace Joint Venture LLC*, Honolulu, Hawaii, is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services for professional Geographic Information System services for activities at various locations primarily in the Pacific and Indian Ocean Areas.  The maximum dollar value for the not-to-exceed 60-month period (including the base year and four one-year option periods) is $10,000,000.  No task orders are being issued at this time.  Work will be performed in the Pacific and Indian Ocean Areas.  The term of the contract is not-to-exceed 60 months, with an expected completion date of June 2018.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-D-0200).

DEFENSE LOGISTICS AGENCY

Hess Corporation, Woodbridge, N.J., has been awarded a maximum $378,818,845 firm-fixed-price requirements contract utilizing block purchase for electricity.  This contract is a competitive acquisition, and seven offers were received.  Locations of performance are New Jersey, Pennsylvania, Maryland, and District of Columbia with a June 30, 2019 performance completion date. This contract is a five year base contract.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 Army, Navy, and Air Force funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-14-D-8000).

Sterling Foods LLC, San Antonio, Texas, has been awarded a maximum $32,785,593 modification (P00006) exercising the second one-year option period on a one-year base contract (SPM3S1-12-D-Z100) with four one-year option periods for bakery components used in the meal-ready-to-eat program.  This is a firm-fixed-price contract.  Location of performance is Texas with a Dec. 31, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


*Small Business

Tuesday, November 19, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 19, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

The Navy is awarding indefinite-delivery/indefinite-quantity, multiple-award contracts to 914 contractors that will provide for their competition for service requirements solicited by Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Strategic Systems Programs, Office of Naval Research and the U.S. Marine Corps.  The 22 functional service areas within the scope of the contracts include: 1) research and development support, 2) engineering system engineering and process engineering support, 3) modeling, simulation, stimulation and analysis support, 4) prototyping, pre-production, model-making and fabric support, 5) system design documentation and technical data support, 6) software engineering, development, programming and network support, 7) reliability, maintainability and availability support, 8) human factors, performance and usability engineering support, 9) system safety engineering support, 10) configuration management support, 11) quality assurance support, 12) information system development, information assurance and information technology support, 13) ship inactivation and disposal support, 14) interoperability, test and evaluation, trials support, 15) measurement facilities, range and instrumentation support, 16) acquisition logistics support, 17) supply and provisioning support, 18) training support, 19) in-service engineering, fleet introduction, installation and checkout support, 20) program support, 21) functional and administrative support, and 22) public affairs and multimedia support.  These contracts are in addition to the existing 2,838 contracts previously awarded under the SeaPort Enhanced (SeaPort-e) acquisition program for services procurements.  The government estimates a maximum of $5,300,000,000 of services will be procured per year via orders issued under the SeaPort-e multiple award contracts.  The award of these contracts is a result of the SeaPort-e Rolling Admissions solicitation.  The SeaPort-e acquisition is comprised of seven regional zones in which task orders will be competed based upon the principal place of performance. These awards contain provisions to set aside requirements for small businesses, service disabled veteran owned small businesses, 8a business development program and historically under-utilized business zone small businesses.  Under these multiple award contracts, each contractor will be provided a fair opportunity to compete for individual task orders solicited within their zone or zones of performance.  The awards will have a five-month base period with one five-year option.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with 955 offers received and 914 contracts awarded.  Contract funds will be obligated at the time of task order award and, multiple funding types with varying expiration dates may be used, consistent with the purpose for which the funds were appropriated.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-14-D-7128 -- N00178-14-D-8045).   The list of contractors involved are:  1 Source Consulting, Inc., Germantown, Md.; 2Is Inc.*, Walpole, Mass.; 4M Research Inc.*, Huntsville, Ala.; A² Systems Engineering Inc.*, El Segundo, Calif.; A2B Tracking Solutions, Inc.*, Portsmouth, R.I.; AAR Parts Trading Inc. doing business as (dba) AAR Defense Systems and Logistics, Wood Dale, Ill.; A-B Computer  Solutions, Inc.*, Mandeville, La.; Accent Controls, Inc.*, Riverside, Mo.; Access Personnel Services, Inc.*, Lancaster, Pa.; Acquisition Systems Associates, Inc.*, Great Falls, Va.; Adaptive Consulting & Training Services, LLC dba ACTS*, Stafford, Va.; Adela Technologies*, Leonardtown,, Md.; Aderas, Inc.*, Reston, Va.; Advanced Mission Systems, LLC*, Charlotte, N.C.; Advanced Professional Consulting, Inc. dba Veteran Technologists*, Aberdeen, Md.; Advanced Sciences and Technologies, LLC.*, Berlin, N.J.; Advanced Technology Services dba OptiDoc*, Marietta, Ga.; Advanced Technology Systems Co., Inc. (Of Virginia)*, Mclean, Va. ; Advantage SCI, LLC*, El Segundo, Calif.; Advent Business Co., Inc.*, Aurora , Ill.; Advent SVCS LLC*, Panama City Beach, Fla.; AED, Inc.*, Hyattsville, Md.; Affinity Fidelis Consulting and Technologies, LLC dba Affinity Fidelis *, Fredericksburg, Va.; AFGlobe Communications Inc. dba ACI Solutions*, Sterling, Va.; Agile Government Services, Inc.*, Overland Park, Kan.; Ahtna Support and Training Services, LLC*, Anchorage, Alaska; AINET Corp.*, Beltsville, Md.; Air Logistics and Engineering Consultants, LLC*, Warner Robins, Ga.; Aitheras, LLC dba Aitheras*, Rockville, Md.; Alexandria Insights, Inc.*, Fairfax Station, Va.; All U Need Temporary Services dba All U Need Personnel*, Washington, D.C.; Allen Corp. of America, Inc.*, Fairfax, Va.; Allied Reliability, Inc.*, North Charleston, S.C.; AlphaSix Corp.*, Sterling, Va.; American Computer Development Inc. dba ACDI*, Frederick, Md.; American Society for Engineering Education dba ASEE, Washington, D.C.; America's Staffing Partner, Inc.*, Bethlehem, Pa.; AMP Management Consulting LLC*, Fredericksburg, Va.; Ampcus Inc.*, Chantilly , Va.; Anderson Solutions & Associates dba ASA*, Fredericksburg, Va.; Anglicotech LLC*, Washington, D.C.; Apex Data Systems Inc.*, Fredericksburg, Va.; Apogee Engineering, LLC*, Colorado Springs, Colo.; Applied Computer Science Group, Inc.*, Bowie, Md.; Applied Visual Technology, Inc. dba AVT Simulation*, Orlando, Fla.; Aranea Solutions, Inc.*, Huntsville, Ala.; Arch Systems*, Baltimore, Md.; Ardent Technologies, Inc.*, Dayton, Ohio; Armada, Ltd*, Powell, Ohio; Art Anderson Associates, Inc.*, Bremerton, Wash.; ASP Web Solutions, LLC*, Bartlett, Tenn.; Augustine Consulting, Inc.*, Monterey, Calif.; AURA Systems Technologies*, San Dimas, Calif.; Avanco International, Inc.*, Fairfax, Va.; Avani Technology Solutions Inc.*, Rochester, N.Y.; Averalink Information Systems, LLC*, North Charleston, S.C.; Avion Solutions, Inc. dba Avion*, Huntsville, Ala.; AVOSYS Technology, Inc.*, San Antonio, Texas; AVPOL International LLC dba AIL*, Memphis, Tenn.; Axiom Resource Management, Inc. , Falls Church, Va.; B&L Machine & Fabrication*, Norfolk, Va.; Badger Defense Group Inc.*, Orlando, Fla.; Banner Staffing*, Washington, D.C.; Barba Consulting, Inc.*, Marlton, N.J.; BarnAllen Technologies, Inc.*, Rockville, Md.; Barnett Engineering & Signaling Laboratories*, Colorado Springs, Colo.; Bayfield Technology Group, Inc.*, Luray, Va. ; Bayonet Inc.*, San Diego, Calif.; BFG Systems LLC dba: BFG Systems*, Saint Petersburg, Fla.; BITHOP Systems, Inc.*, Springfield, Va.; Bitterroot Services & Technology LLC dba BST*, Florence, Mont; BleuForce, LLC*, Chula Vista, Calif.; Blue Tang Solutions, Inc.*, Coronado, Calif.; Boarhog LLC*, San Diego, Calif.; Boulevard Consulting Group, LLC*, Arlington, Va.; Bowhead Professional Solutions, LLC dba BPS*, Alexandria, Va.; Bowler Pons Solutions Consultants, LLC dba Immigration Integrity Group*, Arnold, Md.; Bridge Group, LLC*, Bumpass, Va.; BuddoBot Inc.*, Alexandria, Va.; Business Enterprises & Systems Technology, Inc. dba BESTech*, McLean, Va.; C Parker Consulting, Inc.*, Fredericksburg, Va.; Carolina Growler Inc.*, Star, N.C.; Catalyst Solutions, LLC*, Stafford, Va.; CATVIDEO, Inc. dba CATMEDIA*, Tucker, Ga.; Caulfield Consulting, Inc.*, Ashburn, Va.; CB Technologies, Inc., Westminster, Calif.; C-Edge Software Consultants LLC*, Saint Louis, Mo.; Center for Applied Innovation*, Yorktown, Va.; Center for Organizational Excellence, Inc.*, Rockville, Md.; Cherokee Nation Red Wing, LLC*, Tulsa, Okla.; CHP Solutions*, Stafford, Va.; Citadel Logic, LLC*, Hampton, Va.; Claxton Logistics Services, LLC*, Stafford, Va.; Cobec Consulting, Inc.*, Manassas, Va.; Comptech PC*, Fort Pierce, Fla.; Computational Physics, Inc.*, Springfield, Va.; Computer Technologies Consultants, Inc. dba CTC*, Seabrook, Md.; Concord Crossroads*, Manassas, Va.; Conetsco, Inc.*, Manassas, Va.; Consortium for Ocean Leadership Inc., Washington, D.C.; Constellation Software Engineering Corp.*, Lanham, Md.; Converge IT Solutions, LLC*, Clinton, Md.; Mager, William Grant dba Core Services Group*, Virginia Beach, Va.; CoreSys Consulting Services, LLC*, Alexandria, Va.; Coronata Systems, Inc.*, Ardmore, Tenn.; Cougaar Software, Inc.*, Vienna, Va.; Covell Solutions*, Vienna, Va.; Creative Business Solutions, Inc.*, Washington, D.C.; Crewestone Technologies, Inc.*, Chesapeake, Va.; Crown Consulting, Inc.*, Arlington, Va.; CTCA.info, LLC*, Edgewater, Md.; Customer Inspired Solutions, LLC*, King of Prussia, Pa.; Cyber Security Engineering Associates LLC dba CSEA*, Baltimore, Md.; Cyber Technology Services, Inc. dba Cytech Services*, Manassas, Va.; Daniel Eke and Associates, PC*, Silver Spring, Md.; Data Tactics Corp.*, McLean, Va.; Datalis Solutions Corp.*, Montvale, N.J.; Daylight Defense, LLC*, San Diego, Calif.; DeNovo Solutions LLC*, Centennial, Colo.; Designed Consulting LLC*, Yuma, Ariz.; DCAPS Inc.*, Shalimar, Fla.; Digital Consultants LLC*, Mclean, Va.; Dignitas Technologies LLC*, Orlando, Fla.; Dilks - Simone Enterprises, Inc.*, North Charleston, S.C.; DirectViz Solutions LLC*, Chantilly, Va.; DuChancell Engineering Consulting*, Del Mar, Calif.; Durbin Group, LLC*, Spotsylvania, Va.; Dynamic Computer Corp. dba Connecting Point Computer Center*, Farmington Hills, Mich.; Dynamic Management Associates*, Woodbridge, Va.; Dynamic Pro Inc.*, Alexandria, Va.; ECLAT Integrated Software Solutions, Inc..*, Stafford, Texas; Edwards Group LLC dba Polaris Technology Solutions*, Aldie, Va.; Effecture, LLC*, San Diego, Calif.; eKuber Ventures Inc.*, Herndon, Va.; Elda and Edwina International Inc.*, Columbia, Md.; Electro Standards Laboratory Inc. dba Electro Standards Laboratories*, Cranston, R.I.; e-Management Consultants, Inc.*, Silver Spring, Md.; Emerging Technology Support LLC*, Mooresville, N.C.; Eminent IT, LLC dba Eminent*, Arlington, Va.; Energy Plus Limited dba Energy Research Consultants*, Laguna Hills, Calif.; Enformatica*, San Diego, Calif.; Engineering Solutions and Products LLC, Eatontown, N.J.; Envision, LLC.*, Saint Louis, Mo.; ENX Group, Inc.*, Fairfax, Va.; EPIC Consulting Planning & Business Information LLC*, Springfield, Va.; ESEA*, Los Altos, Calif.; Estuate Inc.*, Sunnyvale, Calif.; Etelic Inc.*, Glen Allen, Va.; eTRANSERVICES LLC*, Fredericksburg, Va.; Evanhoe & Associates, Inc. dba AIDC Solutions*, Dayton, Ohio; Evergreen Fire Alarms, LLC dba Evergreen Fire &Security*, Tacoma, Wash.; Evigilant.com Inc. dba eVigilant Security*, Lorton, Va.; Explosive Ordnance Mission Focused Defense LLC dba EOMFD*, Goose Creek, S.C.; Extreme Data Technologies LLC*, Norwalk, Conn.; EyeIT.com, Inc.*, Alexandria, Va.; Fathom 4, LLC*, Charleston, S.C.; FedForce, Inc.*, Reston, Va.; Field Data Technology, LLC*, Fairfax, Va.; Flight Test Aerospace, Inc.*, Chantilly, Va.; G2SF, INC.*, Reston, Va.; GameSim Inc.*, Orlando, Fla.; Gantec Corp.*, Schaumburg, Ill.; Gartner, Inc., Stamford, Conn.; GCorp Consulting dba GKORP*, Chula Vista, Calif.; Gemini Industries Inc.*, Burlington, Mass.; GeoNorth, LLC*, Anchorage, Alaska; Germanos Defense Services, Inc.*, Virginia Beach, Va.; GET Engineering*, El Cajon, Calif.; GINIA Inc.*, Alexandria, Va.; Global Services International, LLC*, Killeen, Texas; Global Solutions Group Inc.*, Detroit, Mich.; Government Contracting Services LLC*, Roy, Wash.; Government Contracting Specialists, Inc.*, Chesapeake, Va.; GRAVICOM LLC*, Elnora, Ind.; GS5, LLC*, Dumfries, Va.; Haven 365 LLC*, Stafford, Va.; HCH Enterprises, LLC*, Providence, R.I.; Heritage Services Corp.*, Cocoa, Fla.; Hester Group*, Jacksonville, Fla.; Highbury Defense Group*, San Diego, Calif.; Hosted Records Inc.*, Alexandria, Va.; Howard & Co., Inc.*, Reston, Va.; HPT Advisory Services, LLC*, McLean, Va.; H.T. Innovations, L.L.C.*, Chesterfield, Va.; Hyperion Biotechnology Inc.*, San Antonio, Texas; ICS Technologies, Inc.*, McLean, Va.; Ideation Inc.*, Chantilly, Va.; Identity Management Systems, LLC*, Fredericksburg, Va.; IERUS Technologies, Inc.*, Huntsville, Ala.; Immersive Media Tactical Solutions, LLC*, Fredericksburg, Va.; INADEV Corp.*, McLean, Va.; Incident Communication Solutions, LLC*, Stevensville, Md.; Infinity Support Services*, Aldie, Va.; Infolob Solutions, Inc.*, Irving, Texas; Information Innovators, Inc., Springfield, Va.; InfoStructures, Inc.*, Rockville, Md.; Innoflight, Inc.*, San Diego, Calif.; Innovation Business Partners, Inc.*, Lavallette, N.J.; Innovative Algorithms, LLC*, San Diego, Calif.; Innovative Services & Solutions dba ISS*, Mansfield, Texas; Innovim Defense Services LLC dba IDS*, Oxon Hill, Md.; Integrated Defense Applications, LLC dba IDA Technology*, El Paso, Texas; Integrated Financial Analysts, Ltd. dba INFINA*, Tysons Corner, Va.; InteliTrac, Inc.*, Fort Worth, Texas; Intellectual Concepts, LLC*, Atlanta, Ga.; Intelligent Automation Inc.*, Rockville, Md.; Interactive Government Holdings, LLC*, Washington, D.C.; Interdyne Corp.*, Mooresville, N.C.; International Business Sales & Services Corp. dba IBSS Corp*, Silver Spring, Md.; INTER-OP.NET Inc. dba INTER-OP*, Virginia Beach, Va.; InterOptions, LLC*, Tampa, Fla.; IPSecure Inc.*, San Antonio, Texas; ISI Telemanagement Solutions, Inc.*, Schaumburg, Ill.; ISYS Inc. dba ISYS Technologies*, Littleton, Colo.; IT Concepts, Inc.*, Ashburn, Va.; ITC Defense Corp.*, Arlington, Va.; IT-CNP, INC.*, Columbia, Md.; I-Three Solutions, LLC*, Lexington Park, Md.; ITMC Solutions, LLC*, Bristow, Va.; IWON, LLC*, Colonial Beach , Va.; Jamison Professional Services, Inc.*, East Point, Ga.; JDR Unlimited, LLC*, Melbourne, Fla.; Jered LLC dba PHR, Brunswick, Ga.; JETPUBS Inc.*, Hudson, WI; Joiner Associates LLC*, Norfolk, Va.; Jones Lang LaSalle Americas, Inc. dba Public Institutions, Washington, D.C.; JRM Enterprises, Inc. dba JRM Technologies*, Fredericksburg, Va.; Kalon, LLC*, Supply, N.C.; KAMMS Group LLC*, Woodbridge, Va.; Karsun Solutions LLC*, Herndon, Va.; KCK Technologies, LLC*, Fairfax, Va.; Kenific Group*, Fairfax, Va.; Kilda Group, LLC*, Annapolis, Md.; Kiple Acquisition Science Technology Logistics & Engineering dba Kiple Consulting*, Bel Air, Md.; Knowledge Capital Associates, LLC*, Springfield, Va.; Knowledge Management Inc.*, Tyngsboro, Maine; Kutta Technologies, Inc.*, Phoenix, Ariz.; KZF Design, Inc.*, Cincinnati, Ohio; LDM & Associates LLD dba LDM Group, LLC*, Bethesda, Md.; Leading Edge Solutions, LLC*, Fort Washington, Md.; Lee Defense Group, LLC  dba  Lee Defense Group*, Springville, Ind.; Lexicon Consulting, Inc.*, El Cajon, Calif.; Lightspeed Technologies dba LP3*, Fairfax, Va.; Links Media LLC dba Links Global*, Rockville , Md. ; Lixis Technology LLC*, Washington, D.C.; LLUCAS Corp.*, Washington, D.C.; Logistics Applications Inc.*, Alexandria, Va.; LR-Associates, LLC*, Alexandria, Va.; Lukos, LLC*, Tampa, Fla.; Lumbee Resource Management Group*, Jacksonville, Fla.; Lumbee Tribe Enterprises, LLC*, Pembroke, N.C.; M1 Support Services LP, Denton, Texas; MacDonald-Bedford LLC*, Alameda, Calif.; Macray Services and Solutions, LLC*, Washington, D.C.; Mansai Corp.*, Greenbelt, Md.; MartinFederal Consulting, L.L.C.*, Auburn, Ala.; Masy Group LLC*, Alexandria, Va.; Materials Sciences Corp.*, Horsham, Pa.; McFarland Technology, Inc.*, Murrysville, Pa.; McKenna Principals, Inc.*, Woodbridge, Va.; McKinney & McKinney Techical Services Inc. dba M&M Technical Services*, Woodbridge, Va.; McLane Advanced Technologies, LLC, Temple, Texas; McNally Industries, LLC*, Grantsburg, WI; MCS of Tampa, Inc. dba Mission Critical Solution*, Tampa, Fla.; MDM Technical Services Corp. dba SASI Defense Technologies*, Pittsburgh, Pa.; MDW Associates, LLC*, McLean, Va.; Meridian Technologies, Inc.*, Jacksonville, Fla.; MESMO Inc. dba MESMOLSS*, Waldorf, Md.; Metasystems, Inc.*, North Royalton, Ohio; MillerWilson Consulting, LLC dba MWC*, North Charleston, S.C.; Minerva Systems & Technologies, LLC*, Lexington, KY; Mobius Consulting, LLC*, Alexandria, Va.; Mobius Industries USA, Inc.*, Kirkland, Wash.; Morgan 6, LLC*, North Charleston, S.C.; Moriarty and Associates Consulting Corp. dba Moriarty and Associates*, Fairfax, Va.; MSDS Consultant Services, LLC*, Clinton, Md.; Murtech*, Glen Burnie, Md.; NATECH Network Solutions LLC*, Plano, Texas; National Technology & Service Group LLC*, San Diego, Calif.; Navigant Consulting, Inc., Chicago, Ill.; NAVTEC, Inc.*, Chula Vista, Calif.; NetCentrics Corp.*, Herndon, Va.; NetSecurity Corp. dba Netsecurity*, Dulles, Va.; Network Runners, Inc.*, Ashburn, Va.; Nevins Software , Inc.*, Morris, Ill.; Nexagen Networks Inc.*, Aberdeen, Md.; Nexus Technology Solutions, LLC*, Panama City Beach, Fla.; Nguyen Information Consulting dba Net-Integrated Consulting*, West Des Moines, IA; NLT Corp. dba NETCOM Group*, Springfield, Va.; North Star Group LLC*, Washington, D.C.; northRamp LLC*, Reston, Va.; Novitas Global Solutions LLC dba Novitas Group*, Reston, Va.; NSC Technologies, Inc.*, Portsmouth, Va.; ODME Solutions, LLC*, San Diego, Calif.; Old Breed, LLC*, Quantico, Va.; Operational Support Group*, Virginia Beach, Va.; OpTempo, LLC*, Stafford, Va.; Optima Global Solutions, Inc.*, Lawrenceville, N.J.; Ordnance Holdings, Inc.*, Reisterstown, Md.; Orion Networking Inc.*, Great Falls, Va.; P2P Holdings LLC dba TekPartners Government Solutions*, Coral Springs, Fla.; PAC Solutions*, Stafford, Va.; Pacific Rim Aerospace Corp. dba PacRim Aero*, Kirkland, Wash.; Patriot Maritime Compliance, LLC*, Concord, Calif.; Payne Consulting Inc. dba Payne Consulting Services*, Los Lunas, N.M.; PCI Strategic Management, LLC*, Columbia, Md.; Pegasus Support Services, LLC*, Woodstock, Ga.; Perceptium Group*, Fredericksburg, Va.; Perceptix, LLC*, Washington, D.C.; Perfecta Aviation, LLC dba PAVN*, Alexandria, Va.; Persistent Systems, LLC*, New York, N.Y.; Pharos Group, Inc.*, Stafford, Va.; Phoenix Data Security Inc.*, Phoenix, Ariz.; Phoenix Soft*, Phoenix, Ariz.; Pinnakle Technologies Inc.*, Naperville, Ill.; Pioneer Corporate Services, Inc.*, Ashburn, Va.; Pioneer Technologies Corp.*, Las Vegas, Nev.; Piping Systems International, Inc.*, Bay Minette, Ala.; PKL Services Inc.*, Poway, Calif.; POGO Inc.*, Oceanside , Calif.; Portage, Inc. dba Portage Environmental Inc., Idaho Falls, Idaho; Porter Scientific, Inc. dba Porter Environmental*, Pembroke, N.C.; Positioning Systems Research*, La Jolla, Calif.; Premier Professional Systems, Inc.*, Huntsville, Ala.; Premier Solutions HI, LLC*, Honolulu, Hawaii; PrimeTech International, Inc. *, North Kansas City, Mo.; Professional Performance Development Group, Inc., San Antonio, Texas; Professional Services of America Inc. dba Professional Services of America*, Parkersburg, W.Va.; Progressive Data Systems, Inc.*, Stafford, Va.; Promethean Technical Solutions, LLC*, Fredericksburg, Va.; Provideo Management, Inc.*, Tysons Corner, Va.; QualBlazer, LLC*, Alexandria, Va.; QSI, Inc. dba Quality Solutions Consulting Group, INC.*, Carlsbad, Calif.; QuickFlex Inc.*, San Antonio, Texas; R Dorsey & Co. dba R.DORSEY+Co.*, Worthington, Ohio; Ranger Aerofab, LLC dba Ranger Enterprises, Springville, Ind.; Rapier Solutions, Inc. dba Simplified Computing Systems*, Matthews, N.C.; RCT Systems, Inc.*, Linthicum, Md.; Red Tail, LLC*, Arlington, Va.; REK Associates, LLC*, Chantilly, Va.; RETTEW Associates, Inc.*, Lancaster, Pa.; Right Sized Solutions, Inc. dba RSSI*, Sterling, Va.; RightDirection Technology Solutions, LLC*, Baltimore, Md.; Risk Mitigation Consulting, Inc.*, Destin, Fla.; RLM Communications*, Spring Lake, N.C.; Rock Creek Research, Data Management and Analysis LLC dba Rock Creek Data*, Alexandria, Va.; RoundTable Defense, LLC*, Stafford, Va.; RSL Fibersystems LLC*, E. Hartford, Conn.; Sabel Systems Technology Solutions, LLC*, Gainesville, Va.; SABRE88, LLC*, Newark, N.J.; Saint Security Services, LLC*, Springfield, Va.; Sapient Government Services Inc., Arlington, Va.; SAPTA Systems LLC*, San Antonio, Texas; SAVID LLC*, Saratoga, Calif.; SCI Consulting Services, Inc. dba Software Control International, McLean, Va.; SciTech Services dba SciTech*, Havre de Grace, Md.; SDL Federal Solutions Inc., Reston, Va.; Sealund & Associates Corp.*, St. Petersburg, Fla.; Sektor Solutions, Inc.*, Arlington, Va.; SEMAC LLC dba SEMAC*, Virginia Beach, Va.; SENTAR Inc.*, Huntsville, Ala.; Shivan Technologies, Inc.*, Fairfax, Va.; SI Organization, Inc., King of Prussia, Pa.; Silverback7, Inc.*, Woodbridge, Va.; Six Degrees of Simulation, Inc.*, Orlando, Fla.; SofTec Solutions, Inc.*, Englewood, Colo.; Spartan Business & Technology Services Inc. dba Spartan Business & Technology Consulting*, Alexandria, Va.; Spectra Tech Inc.*, Oak Ridge, Tenn.; Spin Systems, Inc.*, Sterling, Va.; Spinvi Consulting, LLC*, Alexandria, Va.; Squires Group Inc.*, Annapolis, Md.; STARA Technologies, Inc.*, Gilbert, Ariz.; Stauder Consulting, Inc., dba Stauder Technologies*, St. Peters, Mo.; SteedPetro LLC*, Washington, D.C.; Storage Strategies, Inc. dba SSI*, Springfield, Va.; Strata G Solutions Inc.*, Huntsville, Ala.; Strategic Response Initiatives, LLC *, Albany, N.Y.; Strategy and Management Services Inc. dba SAMS*, Springfield, Va.; Strike Group LLC*, Detroit, Mich.; Strong Castle, Inc.*, Washington, D.C.; Strongbridge Corp.*, Sterling, Va.; Succeed to Lead, LLC*, Dumfries, Va.; SunMan Engineering, Inc.*, San Jose, Calif.; Sunrise Beach Corp. dba M2 Services Corp.*, McKinney, Texas; Synergy Aerospace, Inc.*, Lexington Park, Md.; Syntelligent Analytic Solutions, LLC*, Falls Church, Va.; Tactical Micro, Inc.*, Fredericksburg, Va.; Takontrol, LLC*, Annandale, Va.; Tanager, Inc.*, Annapolis Junction, Md.; Tandel Systems, Inc.*, Oldsmar, Fla.; Tantivy Systems Group Technologies, Inc. dba TSG Technologies*, Melbourne, Fla.; Tech Global, Inc.*, Rockville, Md.; Technical Professional Services, Inc.*, Wayland, Mich.; Technique Solutions, Inc.*, Martinsville, Va.; Tellus Solutions, Inc.*, Santa Clara, Calif.; TENICA and Associates, LLC*, Alexandria, Va.; Threat Defense LLC dba Threat Defense*, New Orleans, La.; Tidewater, Inc.*, Elkridge, Md.; Tilson Government Services, LLC*, Portland, Maine; TIME Systems LLC*, Washington, D.C.; TM3 Solutions*, Woodbridge, Va.; TMCI - The McVey Co., Inc. dba TMCI*, Fairfax, Va.; TMGE LLC*, Remington, Va.; Tolliver Group Inc.*, Winter Park, Fla.; Tompkins Consulting LLC dba TC Defense*, Arlington , Va.; Topologe*, Burlington, Mass.; TOTE Services, Inc., Moorestown, N.J.; Trace Systems, Inc.*, McLean, Va.; Trey Software*, La Jolla, Calif.; Trimech Services, LLC dba Trimech Services*, Glen Allen, Va.; Triple Canopy, Inc., Reston, Va.; Trusted Federal Systems, Inc.*, Greenbelt, Md.; TSO Armor and Training, Inc.*, Chesapeake, Va.; United Global Group Inc. dba United Global Group*, Fredericksburg, Va.; Universal Marine Leasing, Inc. dba Universal Marine*, Seaford, Va.; Universal Solutions International, Inc. dba USI*, Newport News, Va.; Universal Strategy Group, Inc.*, Franklin, Tenn.; Unlimited Services Systems Management & Consultants dba USSMC*, Glen Allen, Va.; Valytics, LLC*, Great Falls, Va.; Varen Technologies, Inc.*, Columbia, Md.; Varsant, Inc.*, Waldorf, Md.; Vasto Technologies, Inc.*, Fairfax Station, Va.; Vector Resources, Inc., Torrance, Calif.; Vectrona, LLC*, Virginia Beach, Va.; Venatore LLC*, Tampa, Fla.; Vesa Health & Technology*, San Antonio, Texas; Vion Corp., Herndon, Va.; Visual Soft, Inc.*, Vienna, Va.; VLS IT Consulting, Inc.*, Newark, Del.; VOR Technology, LLC*, Columbia, Md.; VPC Solutions, Inc.*, Dunn Loring, Va.; vTech Solution Inc.*, Chantilly, Va.; VXD Systems, Inc.*, Morganville, N.J.; W4 Limited L.P.*, Fort Worth, Texas; Warrant Technologies LLC*, Bloomington, Ind.; Webworld Technologies, Inc.*, Springfield, Va.; Wellington Federal, LLC*, Dumfries, Va.; Westcarb Enterprises, Inc.*, Springfield, Mass.; Woodbury Technologies, Inc.*, Clearfield, Utah; WPI Services, LLC dba Worldwide PRCH Ingration Services *, Juno Beach, Fla.; XOR Security, LLC*, Fairfax, Va.; Xpect Solutions, Inc.*, Bristow, Va.; YADARI Enterprises*, Fairfield, Calif.; Zephyr Media and Communications, Inc.*, Springfield, Va.; Zurka Interactive LLC*, Vienna, Va.; Kongsberg Gallium Ltd, Kanata, Ontario; Haka Inc.*, Honolulu, Hawaii; Science Applications International, Corp. (SAIC), McLean, Va.; A. Harold and Associates, LLC dba AHA*, Jacksonville, Fla.; A2Z, Inc.*, Virginia Beach, Va.; A-T Solutions, Fredericksburg, Va.; AAC Inc.*, Vienna, Va.; AAI Corp., Hunt Valley, Md.; AAMCORE Inc.*, Leesburg, Va.; Abbott On Call, Inc. dba AOC, Inc.*, Vienna, Va.; ABSG Consulting Inc., Arlington, Va.; Accenture Federal Services LLC, Arlington, Va.; Acquisition, Research and Logistics, Inc.*, Oxon Hill, Md.; ACTA, Inc.*, Torrance, Calif.; Adaptive Methods, Inc.*, Centreville, Va.; Addx Corp.*, Alexandria, Va.; Advanced Information Systems Group, Inc.*, Orlando, Fla.; Advanced Internet Marketing, Inc. dba GBS Group*, Virginia Beach, Va.; Advanced Systems Technology and Management, Inc.*, Vienna, Va.; Advanced Systems Technology, Inc.*, Lawton, Okla.; Affordable Engineering Services LLC, Coronado, Calif.; Agile Defense, Inc. dba Webster Data Communication*, Fairfax, Va.; ALEX-Alternative Experts, LLC*, Chantilly, Va.; Alpha Solutions Corp.*, Virginia Beach, Va.; ALTRON, Inc.*, Mt. Pleasant, S.C.; AM Pierce & Associates, Inc.*, Lexington Park, Md.; Amee Bay LLC*, Anchorage, Alaska; American Electronics, Inc.*, California, Md.; American Technical Services, Inc.*, Norco, Calif.; Amron Corp.*, McLean, Va.; Amyx, Inc.*, Reston, Va.; Analysis Modeling and Programming Sciences, Inc.*, Poway, Calif.; Analytic Solutions LLC*, Virginia Beach, Va.; Anchor Innovation, Inc.*, Virginia Beach, Va.; Andromeda Systems Inc.*, Virginia Beach, Va.; Antech Systems, Inc.*, Chesapeake, Va.; AOC Global Services, LLC*, Chantilly, Va.; Apextech, LLC.*, Arlington, Va.; Apogee Solutions, Inc.*, Chesapeake, Va.; Applied Engineering Management Corp.*, Herndon, Va.; Applied Logistics Services, Inc.*, Odon, Ind.; Applied Management Corp. dba AM*, Arlington, Va.; Applied Research Associates, Inc., Albuquerque, N.M.; Applied Technical Systems, Inc.*, Silverdale, Wash.; Applied Technology, Inc.*, King George, Va.; A-P-T Research, Inc. dba APT Research*, Huntsville, Ala.; Arinbe Technologies, Inc.*, Falls Church, Va.; Artisan Electronics, Inc.*, Gosport, Ind.; ASM Research, Inc., Fairfax, Va.; AT&T Government Solutions, Inc. dba AT&T, Vienna, Va.; Alliant Techsystems Operations LLC dba  ATK Tactical Propulsion and Control, Rocket Center, W.Va.; Atkinson Aeronautics & Technology*, King Geroge, Va.; Atlantic CommTech Corp.*, Norfolk, Va.; Atlas Executive Consulting, LLC*, North Charleston, S.C.; AUSGAR Technologies, Inc.*, San Diego, Calif.; Ausley Associates, Inc.*, Lexington Park, Md.; Automation Precision Technology, LLC dba A P T*, Norfolk, Va.; Avaya Government Solutions, Inc., Fairfax, Va.; AVIAN Engineering, LLC*, Lexington Park, Md.; Aviation Systems Engineering Co., Inc. dba ASEC*, Lexington Park, Md.; Avineon, Inc.*, McLean, Va.; AVW Technologies Inc.*, Chesapeake, Va.;  BAI, Inc.*, Alexandria, Va.; Battelle Memorial Institute, Columbus, Ohio; BGI, LLC*, Akron, Ohio; BLS Consultants, Inc.*, Virginia Beach, Va.; Brandes Associates, Inc.*, Lone Tree, Colo.; Baum, Romstedt Technology Research Corp. dba BRTRC, Fairfax, Va.; BSC Systems, Inc.*, Chantilly, Va.; Burr Business Solutions, LLC*, Enola, Pa.; CAE USA Inc., Tampa, Fla.; CALNET, Inc., Reston, Va.; Calvert Systems Engineering*, Prince Frederick, Md.; Camber Corp., Huntsville, Ala.; Cameron Bell Corp. dba Gov Solutions Group*, Daniel Island, S.C.; Capstone Corp., Alexandria, Va.; Cardno EM-Assist, Inc., Folsom, Calif.; Carley Corp.*, Orlando, Fla.; Carter-Lambert Divisions, LLC*, Waldorf, Md.; Celeris Systems, Inc.*, Anaheim, Calif.; Centerscope Technologies Inc. dba CenterScope*, Elkridge, Md.; Centurum Technical Solutions, Inc., Marlton, N.J.; CEXEC, Inc.*, Reston, Va.; CGI Federal, Inc., Fairfax, Va.; CGW Technologies, Inc.*, Great Mills, Md.; CJSeto Support Services, LLC*, Ventura, Calif.; Client Solution Architects LLC*, Mechanicsburg, Pa.; Client/Server Software Solutions, Inc. dba CSSS.NET*, Bellevue, Neb.; Coalition Solutions Integrated Inc.*, California, Md.; CodeLynx, LLC*, North Charleston, S.C.; Coherent Technical Services, Inc.*, Lexington Park, Md.; COLE Technology Corp.*, Fort Worth, Texas; COLSA Corp., Huntsville, Ala.; Command Decisions Systems & Solutions, Inc. dba CDS2*, Stafford, Va.; CommIT Enterprises Inc.*, Hughesville, Md.; Compass Systems, Inc.*, Lexington Park, Md.; Compliance Corp.*, Lexington Park, Md.; Concurrent Technologies Corp., Johnstown, Pa.; CORTEK, Inc.*, Fredericksburg, Va.; Cruz Associates Inc.*, Yorktown, Va.; CSSI, Inc., Washington, D.C.; Culmen International, LLC*, Alexandria, Va.; Cydecor, Inc.*, Arlington, Va.; D&L Services, LLC*, California, Md.; D&S Consultants Inc. dba DSCI, Eatontown, N.J.; D3 Technologies, Inc., San Diego, Calif.; Daniel H Wagner Associates, Inc.*, Exton, Pa.; DasNet Corp.*, Bohemia, N.Y.; Data Solutions & Technology Inc.*, Lanham, Md.; DataSource, Inc.*, McLean, Va.; Davis Defense Group*, Fredericksburg, Va.; Dawnbreaker, Inc.*, Rochester, N.Y.; Decision Technologies, Inc.*, Arlington, Va.; Decisive Analytics Corp., Arlington, Va.; Defense Holdings, Inc.*, Manassas Park, Va.; DEL REY Systems and Technology, Inc.*, San Diego, Calif.; Diamond Data Systems, LLC*, Metairie, La.; Diverse Technologies Corp.*, Upper Marlboro, Md.; DKW Communications, Inc.*, Washington, D.C.; Domenix Corp.*, Chantilly, Va.; DRPA Inc.*, Knoxville, Tenn.; Dyncorp International, LLC, Fort Worth, Texas; E. L. Hamm & Associates, Inc.*, Virginia Beach, Va.; Eagle Systems, California, Md.; Eastern Research Group, Inc., Lexington, Mass.; ECS Federal, Inc. dba E C S, Fairfax, Va.; EHS Technologies Corp.*, Moorestown, N.J.; EMSolutions, Inc. dba EMSolutions*, Arlington, Va.; EMW, INC.*, Herndon, Va.; Engineering Support Personnel Inc. dba ESP*, Orlando, Fla.; Enterprise Information Services, Inc. dba ESI, Vienna, Va.; Enterprise Resource Performance, Inc. dba ERPI*, Leesburg, Va.; EOIR Technologies, Inc., Fredericksburg, Va.; E S H Group Inc.*, Alexandria, Va.; ESRG Government Services, LLC dba ESRG*, Virginia Beach, Va.; Exceptional Software Strategies, Inc.*, Linthicum Heights, Md.; EXCET, INC., Springfield, Va.; Exelis, Inc., Herndon, Va.; Facchina Global Services, LLC, La Plata, Md.; Falconwood*, Arlington, Va.; Flatter & Associates, INC.*, Stafford, Va.; Forward Slope*, San Diego, Calif.; Fulcrum Corp.*, Arlington, Va.; Fulcrum IT Services, LLC, Centreville, Va.; G2 Software Systems*, San Diego, Calif.; Geographic Information Services, Inc. dba GIS*, Birmingham, Ala.; Geologics Corp., Alexandria, Va.; George Consulting, Ltd.*, Daniel Island, S.C.; Georgia Tech Applied Research Corp., Atlanta, Ga.; Global Business Solutions, Inc. dba GBSI*, Pensacola, Fla.; Global Services Corp., Fayetteville, N.C.; Global Systems Technologies dba GST*, Yardley, Pa.; Global Technology and Management Resources, Inc. dba GTMR*, Leonardtown, Md.; Goldbelt Hawk, LLC dba GBHAWK*, Newport News, Va.; Gnostech, Inc.*, Warminster, Pa.; GPA Technologies, Inc.*, Ventura, Calif.; Greenfield Engineering Corp.*, Leonardtown, Md.; Greenpak Development, Inc.*, Parkersburg, W.Va.; Greystones Consulting Group LLC dba Greystones Group*, Washington, D.C.; Grove Resource Solutions, Inc. dba GRSI*, Frederick, Md.; GSTEK Inc.*, Chesapeake, Va.; Harlan Lee & Associates*, Vienna, Va.; Harmonia Holdings Group LLC*, Blacksburg, Va.; Harry Kahn Associates, Inc.*, Hagerstown, Md.; HART Technologies Inc.*, Manassas, Va.; HDT Engineering Services, Inc., Fredericksburg, Va.; HEBCO, INC.*, Oklahoma City, Okla.; Herdt Consulting, Inc. dba Herdt*, Chelsea, Ala.; HI-TEST Laboratories, Inc.*, Arvonia, Va.; Holmes-Tucker International, Inc.*, Lexington Park, Md.; Homeland Security Solutions, Inc., Hampton, Va.; Honeywell Technology Solutions dba Honeywell, Columbia, Md.; HP Enterprise Services, LLC, Herndon, Va.; Hughes Associates, Baltimore, Md.; I-Prise Communications, Inc.*, Oxnard, Calif. ; IBASET*, Foothill Ranch, Calif.; II Corps Consultants, Inc. dba II Corps Consultants*, Locust Grove, Va.; ICF Inc., L.L.C., Fairfax, Va.; Imagine One Technology and Management LTD*, Colonial Beach, Va.; Information Planning Associates, Inc.*, Falls Church, Va.; Info Soft Systems Inc.*, Potomac, Md.; InfoReliance Corp., Fairfax, Va.; Information Management Resources*, Aliso Viejo, Calif.; Information Research Corp.*, Bridgeport, W.Va.; InnovaSystems International LLC, San Diego, Calif.; Innovative Aviation Services, Inc.*, Woodbridge, Va.; Innovative Decisions, Inc.*, Vienna, Va.; Innovative Logistics Support Services Corp.*, New Orleans, La.; IMS-Chas*, North Charleston, S.C.; Innovative Reasoning LLC*, Orlando, Fla.; Integrated Consultants Inc. dba ICI Integrated Consultants*, San Diego, Calif.; Integrated Systems Analyst dba ISA*, Alexandria, Va.; INTEKRAS, Inc.*, Sterling, Va.; Intelligent Decision Systems Inc.*, Centreville, Va.; intelliSolutions, Inc.*, San Diego, Calif.; Intergraph Government Solutions Corp. dba IGS, Madison, Ala.; International Business Machines Corp. dba IBM, Bethesda, Md.; International Systems Management Corp.*, Boyds, Md.; Interoptek, Inc.*, Huntsville, Ala.; ISPA Technology*, Centreville, Va.; ITA International LLC*, Yorktown, Va.; IZ Technologies, Inc.*, Sterling, Va.; J. M. Waller Associates, Inc., Fairfax, Va.; J.F. Taylor, Inc., Lexington Park, Md.; J5 Systems*, San Diego, Calif.; Jahn Corp.*, Lexington Park, Md.; Janus Research Group, Inc., Appling, Ga.; Jardon and Howard Technologies*, Orlando, Fla.; JBR Resources, LLC*, Carlisle, Pa.; JC3 Global, Inc.*, La Plata, Md.; Joint Research and Development, Inc.*, Stafford, Va.; Juno Technologies*, Rancho Santa Fe, Calif.; KAEGAN Corp.*, Orlando, Fla.; Kalman and Co., Inc., Virginia Beach, Va.; Kay and Associates, Inc., Buffalo Grove, Ill.; Ki Ho Military Acquisition Consulting, Inc. dba KIHOMAC*, Fairfax, Va.; King Technologies, Inc.*, San Diego, Calif.; Klett Consulting Group*, Virginia Beach, Va.; KMS Solutions, LLC*, Melbourne, Fla.; Knight Networking and Web Design, Inc. dba Knight Networking*, Marlton, N.J.; Knowledge Engineers, Inc.*, Alexandria, Va.; KOAM Engineering Systems, Inc.*, San Diego, Calif.; Kratos Defense & Rocket Support Services, Inc., San Diego, Calif.; Liberty Business Associates, LLC*, North Charleston, S.C.; LinQuest Corp., Los Angeles, Calif.; Linxx Global Solutions, Inc., dba Linxx Security*, Virginia Beach, Va.; Logistics Management Institute dba LMI, McLean, Va.; Logis-Tech, Inc.*, Manassas, Va.; Logistic Services International, Inc. dba LSI, Jacksonville, Fla.; Logistics Support Inc.*, Arlington, Va.; Long Wave Inc.*, Oklahoma City, Okla.; Loyola Enterprises Inc.*, Virginia Beach, Va.; LTM Inc.*, Havelock, N.C.; M.C. Dean, Inc., Dulles, Va.; M2 Consulting Corp*, San Diego, Calif.; MAC Consulting Services, Inc.*, Fairfax, Va.; MacAulay-Brown Inc., Dayton, Ohio; Main Sail, LLC*, Cleveland, Ohio; Maintenance Inspection Services, Inc.*, Morganton, N.C.; Management & Engineering Technologies International, Inc. dba METI*, El Paso, Texas; Management Consulting Inc. dba MANCON, Virginia Beach, Va.; MANDEX Inc.*, Fairfax, Va.; Manufacturing Engineering System, Inc dba MES*, Rockville, Md.; Manufacturing Techniques, Inc. dba M-TEQ, Kilmarnock, Va.; Marine Acoustics*, MIddletown, R.I.; Maritime Applied Physics Corp.*, Baltimore, Md.; MARKON, Inc.*, Falls Church, Va.; Marlin Alliance Inc.*, San Diego, Calif.; Marshall Communications Corp.*, Ashburn, Va.; MCR Federal LLC, McLean, Va.; Merdan Group, Inc.*, San Diego, Calif.; Metamorphosis Group Inc.*, Vienna, Va.; Metron Inc.*, Reston, Va.; Metson Marine Services, Inc.*, Ventura, Calif.; MI Technical Solutions*, Chesapeake, Va.; MicroTechnologies, LLC dba Microtech, Vienna, Va.; Mid Atlantic Engineering Technical Services, Inc.*, Chesapeake, Va.; Mikel*, Fall River, Mass.; MIL Corp., Bowie, Md.; Millennium Corp.*, Arlington, Va.; Milli Micro Systems, Inc. dba Mms Tactical*, Northridge, Calif.; MILVETS Systems Technology*, Orlando, Fla.; Minerva Engineering*, Mesa, Ariz.; Modern Technology Solutions, Inc., Alexandria, Va.; Momentum Inc.*, Camp Hill, Pa.; MPR Associates, Inc., Alexandria, Va.; MTG Services, Inc.*, Lakehurst, N.J.; MTS Technologies*, Arlington, Va.; Mutual Telecom Services Inc. dba Black Box Network Services, Needham, Mass.; MYMIC*, Portsmouth, Va.; KSH Solutions Inc.*, San Antonio, Texas; Nakuuruq Solutions LLC*, Herndon, Va.; Nathan Kunes, Inc.*, Coronado, Calif.; National Sourcing, Inc.*, Tampa, Fla.; Naval Systems, Inc.*, Lexington Park, Md.; NCI Information Systems, Inc., Reston, Va.; Netzer Russell Consulting, LLC*, Ridgecrest, Calif.; Next Wave Systems, LLC*, Pekin, Ind.; Oak Grove Technologies LLC*, Raleigh, N.C.; Object CTalk*, King of Prussia, Pa.; Odyssey Systems Consulting Group LTD., Wakefield, Mass.; Oldenburg Group Inc. dba Oldenburg Lakeshore, Kingsford, MI; Omnitech Solutions, Inc.*, Bethesda, Md.; Opal Soft Inc.*, Sunnyvale, Calif.; Organizational Strategies Inc. dba OSI*, Arlington, Va.; Overlook Systems Technologies, Inc.*, Vienna, Va.; P3I, Inc., Hopkinton, Mass.; PAL Services*, O Fallon, Mo.; Parsons Government Services Inc., Pasadena, Calif.; Patrona Corp. dba Patrona*, Arlington, Va.; PCCI Inc.*, Alexandria, Va.; PC Engineering, Inc.*, Panama City, Fla.; Penobscot Bay Media LLC dba Pen Bay Media*, Rockland, Maine; Phacil. Inc., Arlington, Va.; Phoenix Group Of Virginia, Inc. dba PGV*, Chesapeake, Va.; PAL Technologies Inc. dba Pal-Tech*, Arlington, Va.; Potomac-Hudson Engineering Inc.*, Gaithersburg, Md.; Prairie Quest Consulting*, Fort Wayne, Ind.; Precise Systems*, Lexington Park, Md.; Predicate Logic*, San Diego, Calif.; Preferred Systems Solutions, Vienna, Va.; Prism Maritime LLC*, Chesapeake, Va.; Professional Solutions1, LLC dba Professional Solutions, Alexandria, Va.; Professional Systems Associates, Inc.*, Panama City, Fla.; Progeny Systems, Manassas, Va.; Programs Management Analytics & Technologies, Inc. dba PMAT*, Norfolk, Va.; Prometheus Co.*, Lexington Park, Md.; PSI PAX INC.*, California, Md.; Puritan Research Corp.*, Vienna, Va.; Quadelta*, Arlington, Va.; Quantum Professional Services*, San Diego, Calif.; R & D Training and Technical Services, Inc.*, Virginia Beach, Va.; R&K Solutions, Inc.*, Roanoke, Va.; Radiance Technologies, Inc., Huntsville, Ala.; Research Analysis and Engineering, LLC*, Arlington, Va.; RAM Laboratories*, San Diego, Calif.; RBC*, Alexandria, Va.; Regis & Associates, PC*, Washington, D.C.; Reliability & Performance Technologies LLC dba RP Technologies*, Dublin, Pa.; Reliable Government Solutions Inc.*, Beltsville, Md.; Renaissance Sciences Corp.*, Chandler, Ariz.; Rentfrow Inc.*, Ventura, Calif.; Research and Engineering Development, LLC, Lexington Park, Md.; RGS Associates, Arlington, Va.; RNB Technologies, Inc., Stafford, Va.; ROH Inc.*, Arlington, Va.; Rohrbach Group, Inc.*, Poway, Calif.; ROI Consulting LLC*, Mullica Hill, N.J.; Rollout Systems, LLC*, California, Md.; S4 Inc.*, Burlington, Mass.; Saalex Corp dba Saalex Solutions*, Camarillo, Calif.; Sabre Systems, Inc., Warrington, Pa.; SAM Inc.*, College Park, Md.; San Diego Community College District dba San Diego City College, San Diego, Calif.; Savvee Consulting, Inc.*, Chantilly, Va.; Sayres and Associates*, Washington, D.C.; SBG Technology Solutions*, Stafford, Va.; Schafer Corp. dba WJ Shafer and Associates, Chelmsford, Mass.; SDS International Inc.*, Fredericksburg, Va.; Secure Mission Solutions, LLC. Dba SMS, N. Charleston, S.C.; Sentek Consulting Inc. dba Sentek Global*, San Diego, Calif.; Serrano IT Services*, Omaha, Neb.; ShadowObjects LLC*, Leonardtown, Md.; Sierra Management and Technologies, Inc.*, California, Md.; Silver Bullet Solutions Inc.*, Arlington, Va.; Simulation Systems Technologies, Inc. dba SSTI*, Voohees, N.J.; SITE, LLC dba Systems Intgrtion Tech Evltion*, Arlington, Va.; Smartronix, Inc., Hollywood, Md.; Solution Engineering Associates, Inc. dba SEAI*, Lexington Park, Md.; Sotera Defense Solutions Inc., Herndon, Va.; Sound & Sea Technology, Inc. dba Sound & Sea Technology*, Lynnwood, Wash.; Southwest Research Institute dba SWRI, San Antonio, Texas; Spalding Consulting, Inc.*, Lexington Park, Md.; Spatial Integrated Systems Inc. dba SIS*, Virginia Beach, Va.; Specialty Systems*, Toms River, N.J.; Spectrum Technology Group, Inc.*, Gaithersburg, Md.; SRI International, Menlo Park, Calif.; Standard Calibrations, Inc.*, Chesapeake, Va.; Stargates Inc.*, Arlington, Va.; STG Inc., Reston, Va.; STIMULUS Engineering Services, Inc.*, Loogootee, Ind.; Strategic Analysis, Inc., Arlington, Va.; Strategic Data Systems dba SDS*, San Diego, Calif.; Strategic Technology Institute Inc. dba STI*, Rockville, Md.; Stratom Inc.*, Boulder, Colo.; Subsidium, Inc.*, Luray, Va.; Summit Technical Solutions, LLC*, Colorado Springs, Colo.; Sunset Design & Programming Inc. dba Sunset Design*, Oxnard, Calif.; Support Systems Associates, Inc.*, Melbourne, Fla.; Survice Engineering Co., Belcamp, Md.; Symvionics Inc.*, Arcadia, Calif.; Synergy Software Design, LLC*, Washington, D.C.; Systems Documentation, Inc.*, Piscataway, N.J.; Systems Engineering & Management Co. dba SEMCO*, Vista, Calif.; Systems Engineering Support  dba SESCO*, San Diego, Calif.; Systems Planning and Analysis, Inc., Alexandria, Va.; Systems Plus, Inc.*, Rockville, Md.; SRA International Inc. dba SRA, Fairfax, Va.; Sysytems Technology Forum, Limited*, Fredericksburg, Va.; Tactical Engineering & Analysis, Inc.*, San Diego, Calif.; Target Media Mid Atlantic Inc. dba Target Systems*, Mechanicsburg, Pa.; Technical Software Services, Inc.. dba TECHSOFT*, Pensacola, Fla.; Tech Wizards, Inc.*, Newburg, Md.; Technical and Project Engineering, LLC dba TAPE*, Alexandria, Va.; Technology and Management International, LLC dba TAMI*, Toms River, N.J.; Technology Associates International Corp. dba TAIC, Carlsbad, Calif.; Technology Security Associates Inc.*, California, Md.; Technomics*, Arlington, Va.; Tekla Research Inc.*, Dumfries, Va.; Teleconsultants Inc.*, Chesapeake, Va.; TELESIS Corp.*, Beltsville, Md.; Tetra Tech EMC, Inc. dba Tetra Tech EMC, Camarillo, Calif.; Thornberry Consulting, LLC*, Mount Airy, Md.; TIE Today, Inc.*, Oviedo, Fla.; Technology Program Services Associates, Inc.*, Whiting, N.J.; Transformation Systems Inc.*, Arlington, Va.; TRANSTECS Corp.*, Wichita, Kan.; Tri-Force Consulting Services Inc.*, Lansdale, Pa.; Triton Services, Inc.*, Annapolis, Md.; Triumph Enterprises, Inc.*, Fairfax, Va.; Trofholz Technologies, Inc.*, Rocklin, Calif.; Truston Technologies, Inc.*, Broussard, La.; T-Solutions, Inc.*, Chesapeake, Va.; Turner Strategic Technologies, LLC*, Norfolk, Va.; TWM Associates, Inc.*, Falls Church, Va.; Unconventional Concepts, Inc.*, Mary Esther, Fla.; Unified Industries Inc.*, Springfield, Va.; Unisys Corp. dba Federal Systems, Reston, Va.; Universal Consulting Services, Inc.*, Fairfax, Va.; Universal Technical Resource Services, Inc. dba UTRS, Cherry Hill, N.J.; Valkyrie Enterprises, LLC*, Virginia Beach, Va.; Vaughn Management & Services, Inc.*, Camarillo, Calif.; VectorCSP, LLC*, Elizabeth City, N.C.; Veteran Enterprise Technology Services, LLC dba VETS*, Vienna, Va.; Vision Point Systems, Inc.*, Blacksburg, Va.; Visual Concepts LLC*, Ventura, Calif.; Vox Optima, LLC*, Albuquerque, N.M.; VT AEPCO Inc., Alpharetta, Ga.; W R Systems, Ltd., Fairfax, Va.; Washington Technology Group, Inc.*, Silver Spring, Md.; Web Business Solutions Inc.*, Fredericksburg, Va.; Whitney, Bradley & Brown Inc., Reston, Va.; WGS Systems LLC*, Frederick, Md.; Wyle Laboratories, Inc., Huntsville, Ala.; X-Feds, Inc.*, San Diego, Calif.; Zekiah Technologies, Inc.*, La Plata, Md.; Zimmerman Associates, Inc. dba ZAI, Fairfax, Va.; Accelerated Development & Support Corp. dba ADS*, Arlington, Va.; Applied Computing Technologies, Inc.*, Alexandria, Va.; Artemis Consulting, LLC*, San Diego, Calif.; BTP Systems, LLC*, Ludlow, Mass.; Caelum Research Corp.*, Rockville, Md.; Cape Henry Associates, Inc.*, Virginia Beach, Va.; Collins Consulting, Inc.*, Schaumburg, Ill.; Craig Technical Consulting, Inc. dba Craig Technologies*, Cape Canaveral, Fla.; Dynamic Analytics and Test, LLC*, Arlington, Va.; GCC Technologies, LLC*, Oakland, Md.; Global Defense, Inc. dba GDI*, Arlington, Va.; J3S, Inc.*, Georgetown, Texas; KPMG LLP, McLean, Va.; Kros-Wise*, San Diego, Calif.; Marine Systems Corp.*, Boston, Mass.; Monroe Defense Industry Consulting, Inc.*, Colonial Beach, Va.; Natural SPI Inc.*, Tucson, Ariz.; Navmar Applied Sciences Corp., Warminster, Pa.; NS Software Services Inc. dba Stiltmart Learning Management Services*, Pensacola, Fla.; Ohm Systems, Inc.*, Horsham, Pa.; Orqid Consulting & Associates, Inc.*, San Diego, Calif.; Pacific Science & Engineering Group, Inc.*, San Diego, Calif.; Quality Innovative Solutions, Inc. dba QI-Solutions, QISI*, Oxnard, Calif.; Referentia Systems Inc.*, Honolulu, Hawaii; S & K Technologies, Inc.*, Saint Ignatius, Mont.; Sedna Digital Solutions, LLC*, Manassas, Va.; Softcomm Inc. dba Softcomm*, San Diego, Calif.; Solers, Inc., Arlington, Va.; SOLUTE dba SOLUTE Consulting*, San Diego, Calif.; STS International, Inc.*, Berkeley Springs, W.Va.; System Planning Corp., Arlington, Va.; Systems Technologies, Inc., West Long Branch, N.J.; TechFlow, Inc.*, San Diego, Calif.; Tecolote Research, Inc., Goleta, Calif.; Tek Source USA, Inc.*, Tampa, Fla.; Wakelight Technologies, Inc.*, Honolulu, Hawaii; Analysis Group, LLC, Falls Church, Va.; Salient Federal-SGIS, Inc. dba SGIS, San Diego, Calif.; Vector Planning and Services, Inc.*, San Diego, Calif.; Investment Management Enterprise Inc.*, Richmond, Va.; iO Technologies, Inc.*, Dahlgren, Va.; Electromagnetic Compatibility Management Concepts dba EMC Management Concepts*, Sterling, Va.

BSC Partners LLC,* Binghamton, N.Y., is being awarded a $30,456,711 firm-fixed-price Small Business Innovation Research (SBIR) Phase III contract under Topic #03-190 entitled Helicopter Operations Aircrew/Crew Chief Trainer.  The objective of this SBIR effort is to design, fabricate, install, and test four MH-60R Naval Aircrew Training Systems and three MH-60S Aircrew Virtual Environment Trainer (AVET) devices and upgrade the original SBIR Phase III delivered AVET S/N 1 to the AVET S/N2 baseline configuration for commonality.  This effort also includes training, contractor field services, contractor phone support and spares for all devices.  Work will be performed in Orlando, Fla. (45 percent); Binghamton, N.Y. (30 percent); San Diego, Calif. (13 percent); Norfolk, Va. (6 percent); Jacksonville, Fla. (3 percent); and Mayport, Fla. (3 percent), and is expected to be completed in December 2019.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $30,456,711 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-5.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-14-C-0002).

PPG Industries, Inc., Pittsburgh, Pa., is being awarded an $8,916,209 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders to provide paints, coatings, solvents, preservation products, and engineering/technical services for Military Sealift Command (MSC).  PPG Industries Inc., shall provide paint products and services for MSC ships and any other government-owned or government-chartered ships designated by MSC.  This contract includes four 12-month option periods, which if exercised, would bring the cumulative value of this contract to $44,516,439.  Work will be performed worldwide and is expected to be completed Sept. 30, 2014.  If all option periods are exercised, work will continue to September 2018.  Working capital contract funds are subject to availability of fiscal 2014 funding, and funds will expire at the end of that fiscal year.  This contract was competitively procured via solicitation posted to the Military Sealift Command’s procurement website and the Federal Business Opportunities website, with and four offers received.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-D-8010).

Emprise Corp., Ledyard, Conn., is being awarded an $8,739,750 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for support services in the areas of maintenance, reliability and system engineering services, and engineering and technical services.  This contract will provide support services to Military Sealift Command vessels, as well as other U.S. Navy and government owned vessels worldwide.  This contract includes one 12-month option period and two six-month option periods, which, if exercised, would bring the cumulative value of this contract to $26,719,053.  Work will be performed in Ledyard, Conn., and on board vessels located worldwide, and work is expected to be completed Nov. 19, 2014.  If all option periods are exercised, work will continue through November 2016.  Working capital contract funds in the amount of $100,000 are obligated for fiscal 2014, and will expire at the end of the fiscal year.  This contract was competitively procured via solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 170 companies solicited and two offers received.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-D-8005).

Ensign-Bickford Aerospace and Defense Co., Simsbury, Conn, is being awarded an $8,650,874 firm-fixed-priced contract for five sizes of low-hazard linear shaped charges.  The low-hazard flexible linear shaped charges are used to produce a linear cutting action in various applications where remote, fast and reliable cutting of obstacles and other targets is required.  Work will be performed in Nortonville, Ky., and is expected to be completed by November 2018.  Fiscal 2013 procurement of ammunition, Air Force contract funds in the amount of $553,500 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-14-D-JR10).

DEFENSE LOGISTICS AGENCY

American Regent, Shirley, N.Y., has been awarded a maximum $28,074,324 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products in support of the corporate exigency contract program to provide medical/surgical surge, re-supply, and sustainment material.  This contract is a competitive acquisition, and thirty-one offers were received.  Location of performance is New York with a Nov. 17, 2014 performance completion date.  This contract is a one-year base with seven one-year option periods.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D0-14-D-0001).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $300,000,000 indefinite-delivery/indefinite-quantity contract for development and production of multiple foreign military sales test vehicles and equipment, mission planning, mission operational flight program, test support, logistics support, sustainment, and non-recurring engineering.  Work will be performed at Lockheed Martin Missiles and Fire Control, Orlando, Fla., and Lockheed Martin Missiles and Fire Control, Troy, Ala., with an expected completion date of Nov. 19, 2018.  This contract involves foreign military sales with Finland and Australia.  This contract was a sole-source acquisition.  The Air Force Life Cycle Management Center, Eglin Air Force Base, Fla., is the contracting activity (FA8682-13-D-0049).

Bering Straits Logistics Services, Anchorage, Alaska has been awarded a $12,274,457 modification (P00012) to previously awarded FA810012C0002 as the 76th Maintenance Wing material support integrator. The contractor shall maintain day-to-day operations to include all labor, supervision, materials, tools, equipment, personnel protective equipment, interim storage, transportation, and incidentals.  The contractor shall be responsible for obtaining material and supply agreements with individual vendors to provide all the PPE and materials required for this program.  The contractor shall provide program management, strategic analysis for future needs, recommendations to increase efficiencies, improve cost savings, and ensure compliance with applicable laws, directives, and regulatory requirements.  Work will be performed at Tinker Air Force Base, Okla. with an expected completion date of Dec. 18, 2014.  Fiscal 2014 Depot Maintenance Activity Group funds in the amount of $12,274,457 are being obligated at time of award.  The Air Force Sustainment Center, Tinker AFB, Okla., is the contracting activity.

Teledyne Scientific & Imaging, LLC., Thousand Oaks, Calif., was awarded a $8,409,250 cost-plus-fixed-fee contract for Knowledge Representation in Neural Systems program.  The objective of the program is to develop new theories that explain how conceptual knowledge is represented in the human brain and test those theories by demonstrating the ability to predict and interpret concept-related patterns of neural activity measured non-invasively.  Work will be performed at Thousand Oaks, Calif., with an expected completion date of Jan. 16, 2017.  Fiscal 2013 research, development, test and evaluation funds in the amount of $3,072,169 are being obligated at time of award.  This contract was a competitive acquisition, and 13 offers were received.  The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-7357).

S&K Aerospace LLC, Saint Ignatius, Mont., has been awarded an estimated $7,126,828 modification (P00005) on an existing firm-fixed-price, cost-reimbursable-no-fee contract (FA8505-12-D-0002) for foreign military sales Royal Saudi Air Force F-15 classified items Third Party Logistics Repair & Return management services. This modification adds 13 months period of performance to the basic contract. Work will be performed at Warner Robins, Ga., and multiple certified sources of repair located throughout the continental United States, and is expected to be completed by Dec. 19, 2014.  This contract is 100 percent Foreign Military Sales for Saudi Arabia.  Air Force Life Cycle Management Center/WWKA, Robins Air Force Base, Ga., is the contracting activity.


*Small Business

Search This Blog

Translate

White House.gov Press Office Feed